Welcome to eProcurement - Tender Management System - Govt of .... Welcome To Tender Management Services
View Tender Details

Open main source page if you have any problem in document.

Current Tender Details  
Tender ID 746121 Enquiry/IFB/Tender Notice Number 10/2024-25/EE/TW/DB
Name of Work Construction of Anganwadi Centre at Panasalapadu (310035) of Makavaram GP in Koyyuru (M) Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 10,01,945
Bid Submission Closing Date 12/08/2024 05:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name TWED
Circle/Division TWED-Executive Engineer , Tribal Welfare Division , Paderu
Tender ID 746121
IFB No / Tender Notice Number 10/2024-25/EE/TW/DB
Name of Project Executive Engineer
Name of Work Construction of Anganwadi Centre at Panasalapadu (310035) of Makavaram GP in Koyyuru (M)
Estimated Contract Value(INR)
₹ 10,01,945  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 9
Type of Work Civil Engineering Works
Bidding Type OPEN
Bid Call (Numbers) 1
Tender Category WORKS
Currency Type (INR)
Default Currency Indian Rupee - INR
Evaluation Type Percentage
Evaluation Criteria Based on Price
Form Of Contract L.S
Not Applicable
Reverse Tendering Not Applicable

Transaction Fee Details  
355 (INR)

Tender Dates
Bid Document Download Start Date & Time 29/07/2024 05:00 PM
Bid Document Download End Date & Time 12/08/2024 04:30 PM
Bid Submission Closing Date & Time 12/08/2024 05:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Executive Engineer
Bid Opening Authority Executive Engineer, TW Division, Paderu
Address O/o the Executive Engineer, Tribal Welfare Division, Paderu
Contact Details 8985078306
Email eetwpdrasr@gmail.com

Bid Security Details  
Bid Security (INR) Rs.10019.00
Bid Security In Favour Of Executive Engineer, TW Division, Paderu
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 As per Estiamte rages COMMON Mandatory

General Terms and Conditions / Eligibility  
1. Bids are invited on the e-procurement platform for the above -mentioned work from the Contractors / Contracting firms registered with Government of Andhra Pradesh. The details of bid conditions and terms can be downloaded from the electronic procurement platform of Government of Andhra Pradesh i.e. www.apeprocurement.gov.in 2. Approximate Estimate Contract value of work: Rs.10,01,945/- 3. Contractors would be required to register on the e-Procurement Market place www.apeprocurement.gov.in and submit their bids online. The department will not accept any bid submitted in the paper form. 4. i) As per G.O.Ms.No. 8/Dt.08.05.2016 of ITE&C,Dept. The bidders shall pay the EMD Rs.25048/- susing net banking /RTGS/NEFT from their registered bank accounts only. The unsuccessful bidder?s EMDs will be refunded to their registered bank accounts only. ii) The bidder?s can pay the EMDs using Credit Card/Debit Card, as per the VISA/Master Card Guidelines. However the return of EMD will be only to the Originating Card from which payment was made, as per the standard practice, and the balance EMD @ 1.5% of Tender Contract Value to be paid at the time of concluding agreement. As per G.O.Ms.No.174 IRRIGATION AND CAD (PW-REFORMS) DEPARTMENT Dated: 01.06.2008 submission of Hard copies of Earnests Money Deposit is dispensed with as follows: 1. Submission of original Hard copies of the uploaded scan copies of EMD towards Earnest Money Deposit by participating bidders to the tender inviting authority before opening of the price bid is dispensed forthwith. 2. All the bidders shall invariably upload the scanned copies of EMD in e-procurement system and this will be the primary requirement to consider the bid as responsive. 3. The Department will notify the successful bidder for submission of original hard copies of all uploaded documents. EMD towards Earnest Money Deposit prior to entering into agreement. 4.The successful bidder shall invariably furnish the original EMD towards Earnest Money Deposit, certificates/ documents of the uploaded scanned copies to the tender inviting Authority before entering into agreement either personally or through courier or post and the receipt of the same with in the stipulated date shall be the responsibility of the successful bidder. The Department will not take any responsibility for any delay in receipt / non receipt of original EMD towards Earnest Money Deposit. Certificates / Documents, from the successful bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuinely of the EMD towards Earnest Money Deposit and all other certificates/ documents uploaded by the bidder in e-procurement system in support of the qualification criteria before concluding the agreement. 5. If any successful bidder fails to submit the original Hard Copies of uploaded certificates / documents EMD towards Earnest Money Deposit with in the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the successful bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. The e-procurement system would deactivate the user ID of such defaulting successful bidder based on the trigger / recommendation by the tender inviting authority in the system. Besides this, the Department shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process for execution of the development schemes taken up by the Government. 5. Period of completion of work: 09 Months. 6. The bidders can view/ down load the bid documents from the 'e? market place. 7. Form of contract ? Lump sum contract

General Technical Terms and Conditions (Procedure)  
1. Issue of Bid Documents: From. 29.07.2024 after 4.00 PM to 12.08.2024 up to 4.30 PM (online only) 2. Date and time for Receipt of bids: 12.08.2024 after 4.00 PM to 12.08.2024 up to 4.30 PM. (online only) 3. Time and date of opening of bids: 4. (a) Price Bid: 12.08.2024 after 5.00 PM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. 12. Procedure for submission of Bids: (a) Bidders need to contact Executive Engineer, Tribal Welfare, Paderu, for any information on e-Procurement. (b) Bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., ?http://apeprocurement.gov.in?. On registration on the e-Procurement market place they will be provided with a user Id and password by the system using which they can submit their bids online. (c) While registering on the e-procurement market Place, Bidders need to scan and upload the required documents as per the bid requirements onto their profile. (d) Such uploaded documents need to be attached to the bid while submitting the bids online. 13. Qualification Requirements: To qualify for consideration of award of the contract each bidder should fulfil the following criteria; i) As per G.O.Ms.No. 8/Dt.08.05.2016 of ITE&C, Dept. The bidders shall pay the EMD Rs.10019/- using net banking /RTGS/NEFT from their registered bank accounts only. The unsuccessful bidder?s EMDs will be refunded to their registered bank accounts only. 6. The bidder is subjected to be black listed and the EMD forfeited if he is found to have misled or furnished false information in the forms / statements / certificates submitted in proof of qualification requirements or record of performance such as abandoning of works, non completion of works properly in time in earlier contracts, inordinate delays in completion of the works, litigation history and / or financial failures and /or participated in the previous bidding for the same work and had quoted unreasonably high bid prices 7. Even while execution of the work, if found that the contractor had produced false/fake certificates of experience he will be black listed and the contract will be terminated. 8. All the Bidders should pay Rs.355/-(0.03% of ECV + 18% as Service Tax) through electronic payment gateway provided by ICICI/HDFC banks using their credit cards .The payment gateway accepts all Master and Visa Credit Cards issued by any bank (Please see GO MS NO 13 Dt 5-7-2006).to M/s APTS Private Limited, Hyderabad 9. towards non-refundable transaction fee on AP e-procurement platform. 9 The lowest successful bidder should pay Rs.401/-in the form of crossed Demand Draft to MD, APTS, Hyderabad towards corpus fund and hand over the same to Executive Engineer, Tribal Welfare, Paderu, INSTRUCTIONS TO BIDDERS A ? GENERAL NAME OF WORK: Construction of Anganwadi center at Panasalapadu (310035) of Makavaram GP in Koyyuru (M) - Est.Rs.12.00 Lakhs. Scope of work : Anganwadi center Give brief description and location of work: List out Principal Components of the work: c) ECV put to bidding. : Rs.10,01,945/- d) Period of completion. : 09 Months e) SSR adopted : Common SSR of 2024-25 f) Cement and steel rates g) Cement Rs. /- Steel Fe-415-Rs. /-, h) Details of provisions included in the ECV put to bidding i) Seignorage charges As per Government order/Vide G.O.MS No.100 Industries and Commerce (M1) Department Dt.31.10.2015 ii) Towards overhead charges and contractor?s profit @ 13.615 %. 1) G.S.T. 12% on ECV (Non contract value) as per Procgs.No.ENC/IW/SE(P&M)/ EE.I/DEE.2/AEE/SOR2017-18/Vol.2 Dt.13.10.17. The Executive Engineer, Tribal Welfare, Paderu, invites bids for the above works vide NIT No:10/2024-25/EE/TW/DB/Dt.23.07.2024. The bidder shall hand over the hard copies except the price bid offer( duly signed by the bidder) of Bid documents to the Office of the Executive Engineer, Tribal Welfare, Paderu, directly or through his agent or by Registered Post or by courier service. The bids will be opened by the Executive Engineer, Tribal Welfare, Paderu, or his nominee at his office on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of bids gets automatically postponed to the next working date, the time being unaltered, unless extended by a notification published in News papers or displayed in the e-Market place. 1.1 The successful bidder is expected to complete the work within the time period specified in the NIT / Bid document. 2. Bidders Eligible to Bid: 2.1 The Bidders who i) Possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein. ii) are not blacklisted or debarred or suspended by the competent authority for what ever the reason, prohibiting them not to continue in the contracting business iii) Have complied with the eligibility criteria specified in the NIT are the eligible bids. 2.2 Bidders Ineligible to Bid: i) A retired officer of the Govt. of AP or Govt. of India and their under takings is not eligible for biding for a period of two years from the date of retirement without the prior permission of the Government. ii) The Bidder who has employed any retired officer as mentioned above shall be considered as an ineligible bidder. iii) The Bidder himself or any of his employees is found to be an employee who retired from Government/ Government undertakings and had not obtained permission from the Government for Biding or accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the bid or engagement in the Contractor?s service. v) Contractor shall not be eligible to bid for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted, State Government Employees related to him. Failure to furnish such information bidder is liable to be removed from the list of approved contractors and his contract is liable for cancellation. Note: Near relatives include 1. Sons, step sons, daughters, and stepdaughters. 2. Son-in-law, and daughter-in-law. 3. Brother-in-law, and sister-in-law. 4. Brothers and Sisters. 5. Father and Mother. 6. Wife / Husband. 7. Father-in-law and Mother-in-law 8. Nephews, nieces, uncle and aunts 9. Cousins and 10. Any person residing with or dependent on the contractor. 3. Qualification data of the Bidders 3.1 The bidder shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the prescribed formats. a) Check slip to accompany the bid (in Annexure-I). b) Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association, GST Registration (TIN No.),Income Tax PAN card ( F.No.153/161/2002-TPL, Govt.of India, Ministry of Finance and Company affairs, New Delhi dt 13.2.2003) ., etc. Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, dt.23.4.2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their bid will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed. c) C to G deleted. h) Deleted i) Information regarding any litigation, with Government in which the Bidder is involved in (Statement-VII); j) Deleted. k) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. c) l) The particulars of quality control testing Lab owned, OR tie up with established quality control testing laboratories 3.2 Bids from Joint Ventures are not acceptable unless specifically stated otherwise. Tenders submitted by a joint venture Firm shall comply with the following requirements. a) one of the partners shall be nominated and authorised to deal with the contract on behalf of the Firm and authorisation shall be evidence by submitting a Register Power of Attorney signed by all the legally authorised partners. b) The partner nominated to deal with the contract shall be authorised to incur liabilities and receive instructions for and on behalf of any and all partners of the Firm.The entire execution of the contract including payment shall be done exclusively with the partner authorised as in charge. c) All the partners of the firm shall be liable jointly and severally to this effect of the contract in accordance of the contract terms and relevant statement to this effect shall be included in the authorisation mentioned under clause (a) above as well as in the form of tender and agreement. d) A copy of the agreement entered into by the partners shall be submitted with the tender .In case of successful tender. The form of agreement shall be signed so as to be legally binding on all the patners of the firm.

Legal Terms & Conditions  
3.3 QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. 1 Class of contractor eligible 2. As per G.O.Ms.No.8/Dt.08.05.2016 of ITE&C,Dept. The bidders shall pay the EMD Rs.10019/- using net banking /RTGS/NEFT from their registered bank accounts only. The unsuccessful bidder?s EMDs will be refunded to their registered bank accounts only 3.4 Even though the bidders meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have ? Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements ? Not turned up for entering into agreement within the time specified. ? Record of poor progress such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. ? Participated in the previous bidding for the same work and had quoted unreasonably high bid percentage and ? Even while execution of the work, if found that the work was awarded to the Contractor based on false / fake certificates of experience, the Contractor will be blacklisted and work will be taken over invoking clause 61 of PS to APSS. 3.5 Bids with an excess of above estimated contract value shall summarily be rejected. 3.6 Additional security Deposit : In addition to the earnest money deposit of 2.5% (including 1�% payable at the time of agreement), the successful bidder who has offered his bid amount less than 15% below the estimated contract amount shall have to pay additional security deposit equivalent to higher of the following two A & B. A) The difference between quoted bid amount and the amount arrived by deducting 15% from the estimated contract value. or B) Rs. This additional security deposit shall be paid by the bidder within 7(seven) days from the date of intimation and prior to entering into agreement. 3.7 a) If the percentage quoted by a bidder is found to be either abnormally high or with in the permissible ceiling limits prescribed but under collusion or due to unethical practices adopted at the time of biding process, such bids shall be rejected. b) A bidder submitting a Bid which the bid accepting authority considers excessive and or indicative of insufficient knowledge of current prices or definite attempt of profiteering will render himself liable to be debarred permanently from biding or for such period as the bid accepting authority may decide. The bidder overall percentage should be based on the controlled prices for the materials, if any, fixed by the Government or the reasonable prices permissible for the bidder to charge a private purchaser under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of 1643 as amended from time to time and on similar principle in regard to labour supervision on the construction. 4. One Bid per Bidder: 4.1 Each Bidder shall submit only one Bid for the work. A Bidder who submits more than one Bid will cause dis-qualification of all the Bids submitted by the Bidder. 5. Cost of Biding 5.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid and the bid inviting authority will in no case be responsible and liable for those costs. 6. Site Visit. 6.1 The Bidder, at the Bidder?s own responsibility and risk is advised to visit and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Bid for entering into a contract, for construction of the work. The costs of visiting the site shall be at the Bidder?s own expense. B. BID DOCUMENT 7. Contents of Bid document. 7.1 One set of Bid document, comprises of the following: Technical bid 1) Notice Inviting Bids (NIT) 2) Instruction to Bidders 3) Forms of Bid and qualification information 4) Conditions of Contract. 5) Specifications. 6) Drawings. 7) Forms of Securities. i.e., EMD, Additional Security etc. Price bid Bill of Quantities and Price bid. 8. Clarification on Bid Documents 8.1 A prospective Bidder requiring any clarification on Bid documents may contact the Bid Inviting Officer at the address indicated in the NIT. The Bid Inviting Officer will also respond to any request for clarification, received through post. 9. Amendment to Bid Documents 9.1 Before the last date for submission of Bids, the Bid Inviting Officer may modify any of the Contents of the Bid Notice, Bid documents by issuing amendment / Addendum. 9.2 Any addendum/amendments issued by the Bid Inviting Officer shall be part of the Bid Document and it shall either be notified in the News Papers in which NIT was published or displayed in e-market place. 9.3 To give prospective Bidders reasonable time to take an addendum into account in preparing their bids, the Bid Inviting Officer may extend if necessary, the last date for submission of bids. C. PREPARATION OF BIDS. 10. Language of the Bid. 10.1 All documents relating to the bid shall be in the English Language only. 11. Documents comprising of the Tender. 11.1 The bidders who are desirous of participating in apeprocurement shall submit their bids etc., in the standard proscribed in the tender documents, displayed at e market place. The bidders should upload the scanned copies of all the relevant certificates, documents etc., in the e market place in support of their technical bids. The bidders shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. After uploading the bid, the EMD and Transaction fees are to be submitted by the bidder to the concerned Executive Engineer. Failure to furnish the uploaded documents, will entail rejection of the bid and forfeiture of the E.M.D. Similarly if any of the certificates, a document etc., uploaded by the bidder is found to be false/fabricated/bogus, the bidder will be black listed and the E.M.D. forfeited. The bids will be opened on line by the concerned Executive Engineer at the time and date as specified in the tender documents. All the statements, documents, certificates, EMD etc., uploaded by the tenderers will be down loaded for verification. The clarifications, particulars if any required from the bidders will be obtained or in the conventional method by addressing the bidders. . 12. Bid Offer: 12.1 Bill of Quantities called Schedule ?A? and the bid offer accompanies the bid document as Volume II. It shall be explicitly understood that the Bid Inviting Officer does not accept any responsibility for the correctness or completeness of this schedule ?A? and this schedule ?A? is liable to alterations by omissions, deductions or additions at the discretion of the Executive Engineer (TW), Paderu or as set forth in the conditions of the contract. The Schedule ?A? shall contain the items of work indicated as part? I and LS provisions as part?II. The percentage quoted by the contractor shall be applicable only to part ?I. However, the provisions contained in the part ?II will be operable basing on the conditions provided in the Bid Document. The bidders will have to state clearly their willingness to execute the work at certain specific percentage of excess or less or at par of the ECV indicated in Part-I at the space provided therein in Schedule ?A?. The L.S. amounts indicated in part-II are maximum reimbursable amounts. The bidder should however quote his lump sum bid based on this schedule of quantities. He should quote his offer as a overall bid percentage. The over all bid percentage should be written both in words and figures. 12.2 The Schedule ?A (or Price-bid) contains not only the quantities but also the rates worked out by the Department and the amount for each item and total value of the estimated contract. The bidder should workout his own rates keeping in view the work, site conditions and quote his overall bid percentage with which he intends to execute the work. 12.3 The bid offer shall be for the whole work and not for individual items / part of the work. 12.4 All duties, taxes, and other levies payable by the contractor as per State / Central Government rules, shall be included in the bid percentage quoted by the bidder; however keeping in view the maximum reimbursable amounts specified in Part II of Price bid. 12.5 The bided contract amount as computed based on overall bid percentage is subject to variation during the performance of the Contract in accordance with variation in quantities etc. 12.6 Charges payable to M/s APTS Pvt. Ltd., / MD, APTS, Hyderabad The service charges payable to M/s APTS Pvt. Ltd., as laid down in the G.O.Ms.No.2, Information and Communication Department, dt.15-01-2003 and subsequent guide lines issued to the Govt. vide memo No. 1287/COD/2004-17 of I&CAD Dept., dt 23.10.04 are as indicated below. All the Bidders should pay Rs.355/- (0.03% of ECV + 18% as Service Tax) through electronic payment gateway provided by ICICI/HDFC banks using their credit cards .The payment gateway accepts all Master and Visa Credit Cards issued by any bank (Please see GO MS NO 13 Dt 5-7-2006).to M/s APTS Private Limited, Hyderabad towards non-refundable transaction fee on apeprocurement platform. The Payment slip should be scanned along with the bid .The successful bidder should pay another 0.04% of ECV in the form of DD to MD, APTS, Hyderabad Rs.401/- at the time of concluding agreement, towards e-procurement corpus fund,.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH ALLURI SETHARAMA RAJU PADERU Paderu Arakuvalley

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 Commercial Stage 12/08/2024 05:01 PM
Stage Form Name Type of Form Supporting Document Required Supporting Document Description View Details
Commercial Stage Percentage Wise Rate Secure No N/A


View BOQ Item Details | View Tender Documents